J065--GE Imaging Equipment Maintenance & Service
ID: 36C26326N0281Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for the maintenance and service of GE imaging equipment. This procurement is justified under the authority of 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), as GE Precision Healthcare is the only authorized vendor capable of servicing their proprietary equipment, which is critical for ensuring the integrity and functionality of medical imaging systems used in various VA facilities. The contract will cover maintenance services from January 1, 2026, to December 31, 2026, with a renewal option, and interested vendors are invited to submit capability statements to demonstrate their ability to meet the requirements by contacting Cameron Rick at cameron.rick@va.gov within ten calendar days of the notice's publication.

    Point(s) of Contact
    Cameron RickContracting Officer
    (651) 293-3036
    cameron.rick@va.gov
    Files
    Title
    Posted
    GE Healthcare's Federal Government Diagnostic Imaging Service Proposal outlines the provision of diagnostic imaging equipment and services to various federal facilities within VISN 23, including locations in Central Iowa, Fargo, Fort Meade, Iowa City, Sioux Falls, and Omaha. The proposal details the addition and renewal of various GE HealthCare systems, such as OPTIMA NM/CT 640, OEC ELITE X-ray systems, DISCOVERY MI PET scanners, SENOGRAPHE PRISTINA mammography systems, SERENA BIOPSY units, and Vscan EXTEND ultrasound devices. It also covers associated workstations like SENOIRIS CONNECT, SENOIRIS DIAGNOSE, SENOIRIS REVIEW, XELERIS WORKSTATION 4.X, and AW SERVER. The proposal includes comprehensive service agreements under
    The Statement of Work outlines a contract for GE Imaging Equipment Maintenance Services for VISN 23 facilities from January 1, 2026, to December 31, 2026, with one renewal option. The contractor must have OEM-trained field service representatives within five hours of each facility in Iowa, Nebraska, Minnesota, North Dakota, and South Dakota, using only OEM parts. Services include maintenance per OEM recommendations, detailed Field Service Reports after each service, and various options like tube/detector coverage, extended hours, defined response times, parts delivery speed, uptime guarantees, workstation coverage, 24/7 phone technical support, and applications specialist support for clinical process issues. Remote capabilities such as desktop access, software updates, system monitoring, and education are required. Documentation for Joint Commission purposes, including serial numbers, call details, service times, parts used, and work performed, must be maintained. The contract allows for adding or deleting equipment and changing service levels with written amendments. Contractors must check in with Biomedical Engineering before services and provide detailed service reports afterward. User abuse is not covered, and external electrical work is excluded.
    The Department of Veterans Affairs, Network Contracting Office 23, issued a Special Notice to announce its intent to award a sole-source, firm-fixed-price contract to GE Precision Healthcare LLC for GE Imaging Equipment Maintenance & Service. This action is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b), citing GE Precision Healthcare as the only authorized vendor for their proprietary equipment. The NAICS code is 811210 and the product/service code is J065. While not a solicitation, interested vendors capable of providing these services are invited to submit capability statements within ten calendar days of the notice's publication to cameron.rick@va.gov. Submissions should include organizational details, a comprehensive capability statement, proof of authorization to provide services, estimated subcontracting percentages, and information on existing government contracts. This notice aims to gauge market interest before a final decision on competitive procurement.
    The Department of Veterans Affairs (VA) National Acquisition Center (NAC) is issuing a Class Justification for an Exception to Fair Opportunity (JEFO) for sole source delivery orders to GE Healthcare. This JEFO, under FAR 16.505(b)(2)(i)(B), covers annual service maintenance agreements (SMAs) for existing GE Healthcare Radiology and Imaging Systems at VHA medical facilities until February 17, 2027. The rationale for sole-sourcing is that GE Healthcare's systems are proprietary, and only the original equipment manufacturer (OEM) can perform maintenance to ensure equipment integrity and avoid third-party damage. The estimated value of individual SMAs ranges from $50K to $1M. This approach reduces administrative burden for VHA local contracting offices and ensures continuous patient care. While no immediate actions can overcome this barrier, the VA will continue market research for future competition opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    J066--Intent to sole sourc Cytek Aurora Laser Service Contract
    Buyer not available
    The Department of Veterans Affairs intends to award a sole-source, firm-fixed-price contract to Cytek Biosciences for the annual maintenance and repair of the Cytek Aurora Flow Cytometer at the TVHS VA Medical Center in Nashville, TN. The contract requires two preventive maintenance inspections per year, provision of all necessary parts, travel, and labor for repairs, as well as 24-hour technical support and 48-hour response for non-functional instruments, all to be performed by authorized Cytek engineers. This specialized equipment is crucial for VA-related research, and the anticipated award date is December 18, 2025. Interested parties may submit documentation demonstrating their capabilities to Carmen Hanczyk at Carmen.Hanczyk@va.gov by December 8, 2025, at 11:00 AM EST; however, this notice is not a solicitation for competitive quotes, and the government will not cover response costs.
    NX EQ Scanning System Ultrasonic Endoscopic
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    J065-- Service Contract for Bruker
    Buyer not available
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    Radiology & Imaging FY2025 Solicitation
    Buyer not available
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    J065--FY26 SERVICES BASE+4 | Steris Advantage-Plus Service Agreement | 526 Bronx
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 2, intends to award a sole-source contract to STERIS CORPORATION for the Steris Advantage-Plus Service Agreement at the James J. Peters VA Medical Center in Bronx, NY. This procurement involves comprehensive service maintenance for Medivators, including full technical support, OEM-compliant preventative maintenance, corrective services with a four-business-hour response time, and on-site training for Sterile Processing staff. STERIS CORPORATION is the only authorized service provider for this equipment, justifying the non-competitive award under NAICS 811210 and PSC J065. Interested firms that believe they can meet these requirements must submit supporting documentation to Zachary Whiting at zachary.whiting2@va.gov by December 8, 2025, at 10:00 AM EST.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    GE XR656 X-Ray System Repair
    Buyer not available
    The Department of Veterans Affairs is seeking qualified businesses to repair a GE XR656 X-Ray System at the Marion VA Medical Center. The procurement involves the supply, installation, and disposal of a new inverter and high voltage tank to restore the system's functionality, with all work required to adhere to manufacturer specifications and federal regulations. This repair is critical for maintaining the operational capability of medical imaging equipment, which is essential for patient care. Interested parties must provide company details, a UEI number, GSA contract information (if applicable), a capability statement, product brochures, and an authorized service provider letter from the OEM, with submissions directed to Amanda E. Williams at amanda.williams16@va.gov.